IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
ID: 75H70125R00018Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service (IHS) is seeking qualified architect-engineering (A-E) firms to provide design and engineering services for its Sanitation Facilities Construction (SFC) Program, aimed at improving water, sewer, and solid waste facilities for American Indian communities. The procurement involves awarding up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum capacity of $8 million over a five-year period, with a guaranteed minimum order of $1,000. This initiative is crucial for enhancing sanitation infrastructure in various IHS service areas, including Albuquerque, Bemidji, Great Plains, Nashville, Oklahoma City, Phoenix, and Portland, while emphasizing the importance of engaging small businesses under the NAICS code 541330. Interested firms must submit their qualifications via Standard Form 330 by the deadline of April 4, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Indian Health Service (IHS) is soliciting Architect-Engineer (A-E) firms to submit qualifications for providing design and engineering services related to sanitation facilities aimed at American Indian communities. The IHS plans to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each with a maximum value of $8 million, to support projects including water systems, wastewater systems, and solid waste facility planning. This procurement is exclusively for small businesses under the NAICS Code 541330, with a set-aside provision ensuring only qualified small business firms can submit proposals. Submissions will be evaluated based on six criteria: specialized experience, professional qualifications, past performance, management plan and quality control, locality knowledge, and capacity to accomplish the work. Firms must demonstrate relevant past projects, qualifications of key personnel, management abilities, and an understanding of local conditions. Proposals are due by 2:00 PM (PST) on March 28, 2025, and firms should complete the Standard Form 330, ensuring it is clear and detailed. This request aims to enhance sanitation infrastructure for Native American communities through qualified, experienced small business contractors. All interested firms must register with the System for Award Management (SAM) prior to submission.
    The Indian Health Service (IHS) seeks qualified Architect-Engineering (A-E) firms for the Sanitation Facilities Construction Program through a Request for Qualifications (RFQ) - Solicitation #: 75H701-25-R-00018. This small business set-aside contract aims to provide essential water, sewer, and solid waste facilities for American Indian communities, with a potential contract value of up to $8 million over a five-year period. IHS requests submissions via Standard Form 330 (SF330), emphasizing specialized experience, professional qualifications, past performance, and the ability to complete work in diverse geographic areas. Firms must demonstrate expertise in water systems, wastewater systems, solid waste design, and essential engineering services throughout project phases, including planning, design, and construction administration. Evaluation criteria prioritize specialized experience, qualifications of key personnel, past performance, management plans, local knowledge, and capacity to manage multiple tasks concurrently. Submissions must follow precise guidelines, and the final deadline is set for March 28, 2025. This RFQ not only seeks to improve sanitation facilities but also underscores the IHS's commitment to serving Native American populations through equitable procurement practices and engaging small businesses within the engineering sector.
    The document outlines the ARCHITECT-ENGINEER (A-E) Qualifications Standard Form 330, which federal agencies utilize to assess A-E firms’ professional qualifications for contracts as mandated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation (FAR). It consists of two parts: Part I pertains to contract-specific qualifications, detailing contract information, proposed team roles, resumes of key personnel, example projects demonstrating capabilities, and other essential qualifications. Part II outlines the general qualifications of a firm or branch office, including the firm’s establishment year, unique entity identifier, ownership type, employee distribution by discipline, revenue history, and point of contact. The document stresses the importance of concise compliance with agency instructions and the submission of accurate information along with additional agency-specific criteria. The overall purpose is to ensure that federal agencies effectively select qualified firms by thoroughly evaluating their experience and ability to perform necessary services, while establishing a fair negotiation process for contract awards.
    The Past Performance Questionnaire (PPQ) Form PPQ-0, attached to Solicitation No. 75H701-25-R-00018, evaluates contractor performance as part of government contracting processes. It requires contractors to provide detailed contract information including their role (prime, subcontractor, etc.), contract type, award dates, and pricing details. A key part of the evaluation includes a section for clients to assess various performance criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety compliance. Clients are asked to gauge contractor performance using a scale ranging from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes the importance of direct feedback from clients, which is crucial for assessing contractor capabilities and risks in future government projects. The document aims to ensure accountability in contractor performance while contributing to informed decision-making in government procurement activities. The form underscores the government's right to verify all submitted information and encourages feedback to enhance future performance evaluations.
    The document is a Pre-Qualification Inquiry Form associated with Solicitation Number 75H701-25-R-00018. Its primary purpose is to collect inquiries from firms interested in participating in a government procurement process. Key information includes a designated firm and contact person, along with their address, phone number, fax number, and email for submitting inquiries. The form requires clear requirements to ensure that responses are well documented and easily reviewed by the government entity. The submission process is specified, directing participants to email their completed forms to a designated government email address. This inquiry form is part of the larger framework of federal and state RFPs and grants, facilitating communication between the government and potential contractors to clarify project expectations and eligibility criteria.
    The document outlines the certification requirements for Offerors under the Buy Indian Act as part of the Indian Health Service's solicitation process. It requires self-certification that the Offeror qualifies as an "Indian Economic Enterprise" at three critical points: during the offer submission, at contract award, and throughout the contract duration. If the Offeror's eligibility changes, they must immediately inform the Contracting Officer. Failure to provide accurate information is considered unlawful and may lead to legal penalties. Additionally, successful Offerors must be registered in the System of Award Management (SAM). The document includes a representation section for the Offeror to confirm their qualifications, providing space for the name of the owner, signature, tribal entity, business name, and DUNS number. This solicitation emphasizes the importance of compliance with eligibility requirements to maintain integrity in federal contracting under the Buy Indian Act.
    The document is an amendment to a solicitation for a federal contract, specifically addressing inquiries related to the RFQ issued by the Indian Health Service. It confirms changes based on contractor questions, notably clarifying that California will be removed as a service area while adding the Navajo area. The RFQ remains a 100% small business set-aside for firms under NAICS 541330 with a size standard of $25.5 million, preventing large businesses from participating. Proposals, including organization charts, are bound by specific criteria, and further extensions or requests for changes to the submission timeline will not be accommodated. Potential contractors are encouraged to connect with Indian Small Business Economic Enterprises for future opportunities. All terms and conditions of the solicitation remain unchanged, and acknowledgment of the amendment is required for offers to be considered valid. This document illustrates the regulatory framework and procedural expectations for contracting within the federal government space.
    This amendment to solicitation A00002 from the Indian Health Service (IHS) provides critical updates and responses to inquiries regarding a Request for Qualifications (RFQ) for architectural and engineering (A-E) firms. Key changes include the removal of California as a service area, clarifying eligibility as a 100% small business set-aside for firms under the NAICS 541330 with a size standard of $25.5 million. Several inquiries addressed specifics regarding page limits, qualifications submissions, and the requirements for Unique Entity Identifiers (UEI) both for prime contractors and subcontractors. Responses confirm that submissions must adhere to the amended solicitation requirements, and no deadline extensions will be granted. The amendment maintains that only small businesses will qualify, disallowing late changes unless submitted appropriately. Notably, offers must acknowledge receipt of this amendment by specified methods to avoid potential rejection. This document underscores the IHS's intent to maintain strict procurement standards as it seeks to streamline submissions and clarify criteria, ensuring compliance and proper response management during the contracting process.
    The document outlines an amendment to the solicitation for the Indian Health Service (IHS) Division of Engineering Services (DES). Its primary purpose is to extend the due date for qualification package submissions to April 4, 2025, and to respond to several inquiries from potential offerors regarding the solicitation. Key changes include clarifications on service areas, specifically the removal of California, and assurance that the solicitation only accepts qualifications from small businesses under NAICS 541330 with a size standard not exceeding $25.5 million. It also addresses submission formats, page limits, and the requirement for a Unique Entity Identifier (UEI) for both prime contractors and subcontractors. Offerors must acknowledge receipt of this amendment to avoid potential rejection of their offers. The document emphasizes the importance of adhering to the amended requirements and submission guidelines to maintain compliance. This amendment reflects the IHS’s commitment to clarifying the solicitation process and supporting small businesses in securing government contracts.
    Similar Opportunities
    Supai Water Treatment, Emergency Access, Laundry Room & Backup Power – Upgrades
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to participate in a Sources Sought notice for the Supai Water Treatment, Emergency Access, Laundry Room & Backup Power Upgrades project located in Supai, Arizona. The project entails the installation of a domestic water treatment system, emergency access ramp, upgrades to bio-hazard storage, renovation of the laundry room, and enhancements to emergency power capabilities at the Supai Clinic, which is situated in a remote area accessible only by helicopter, mule, or on foot. This initiative is critical for improving healthcare infrastructure on the Havasupai Reservation, with an anticipated project magnitude between $500,000 and $1,000,000. Interested firms, particularly those that are small businesses or Indian Economic Enterprises, must submit their capability statements and relevant experience by 2:00 PM (MST) on December 15, 2025, to Kelly Britton at kelly.britton@ihs.gov.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Rosebud Lift Station Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Rosebud Lift Station Construction project in Rosebud, South Dakota. The project entails the complete removal and replacement of the existing wastewater lift station, which services hospital quarters and tribal program buildings, with a new system designed to handle current and future sanitary loads. This construction is critical for ensuring reliable wastewater management and compliance with health standards in the area. Interested firms, particularly those qualifying as small businesses or Indian Economic Enterprises, must submit their responses by December 24, 2026, at 2:00 PM Pacific Time to Daniel Cotto at daniel.cotto@ihs.gov, with the anticipated contract value between $500,000 and $1,000,000 and a solicitation expected around February 2026.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    BFSU Utility - Water and Sewer Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for water and sewer services to Two Medicine Water for the Blackfeet Service Unit in Browning, Montana. The contract, valued at $49,980.00, will cover essential utility services at the Heart Butte Clinic and Government Quarters, ensuring operational functionality in these tribal regions. This procurement reflects the federal government's commitment to maintaining infrastructure support in underserved areas, with the performance period set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within seven days of this notice.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.